Tube-Launched, Optically Tracked, Wireless-Guided (TOW) Production FY 27-32
ID: SSN-TOW-PROD-FY27Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is conducting market research for a follow-on missile production contract for the Tube-Launched, Optically Tracked, Wireless-Guided (TOW) family of missiles. The contract will require access to classified information and personnel with a Secret security clearance. The anticipated contract period is from January 29, 2027, to January 28, 2032. The government intends to award a Fixed Price Incentive Firm contract. Interested organizations should provide their capability information, including organization details, tailored capability statements, and descriptions of similar services offered in the past three years.

    Point(s) of Contact
    Files
    Lifecycle
    Similar Opportunities
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    Sources Sought for Overhaul of the Turret, Assembly, Infrared
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a sources sought announcement to identify potential sources for the overhaul of the Turret, Assembly, Infrared. The procurement aims to assess the feasibility of a competitive acquisition for a minimum of 30 and a maximum of 160 units, which includes a Foreign Military Sales quantity of 26 units, with the applicable NAICS code being 334511. The Turret, Assembly, Infrared is crucial for military operations, and currently, Teledyne FLIR Defense, Inc. is the only known approved source for its overhaul. Interested parties must submit their capabilities and business information via email to Maggie Bevis by December 29, 2025, referencing the sources sought number in the subject line.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.
    Manufacture of M776 155mm Cannon Tubes
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Picatinny Arsenal, is conducting a market survey to identify potential sources for the domestic manufacture of M776 155mm cannon tubes. The objective is to gather information on the capabilities of vendors to produce these cannon tubes, which are critical components of the 155mm M777A2 Towed Howitzer, adhering to U.S. Technical Data specifications. Interested vendors are required to provide detailed information regarding their manufacturing experience, production processes, capacity, and capabilities related to the production of 155mm cannon tubes. Responses must be submitted within 30 days via email to Megan Ross at megan.j.ross.civ@army.mil or Peter Snedeker at peter.t.snedeker.civ@army.mil, and all interested parties must be registered in the System for Award Management (SAM).
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    MK22 Motor Tubes Solicitation N0017426R0002
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.